Boat, Aluminum Hull Patrol

expired opportunity(Expired)
From: New Hampshire Department of Administrative Services(State)
Bid 107-20

Basic Details

started - 16 Jan, 2020 (about 4 years ago)

Start Date

16 Jan, 2020 (about 4 years ago)
due - 31 Jan, 2020 (about 4 years ago)

Due Date

31 Jan, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
Bid 107-20

Identifier

Bid 107-20
Department of Administrative Services

Customer / Agency

Department of Administrative Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 State of New Hampshire Date: 1/17/2020 Division of Procurement and Support Services Bureau of Purchase and Property Bid No.: 107-20 25 Capitol Street, Room 102, State House Annex Concord, NH 03301-6398 Date of Bid Closing: 01/31/20 Time of Bid Closing: 11:00 AM (EST) PLEASE DIRECT ANY QUESTIONS REGARDING THIS BID TO ALAN HOFMANN: E-mail alan.hofmann@das.nh.gov EMAIL YOUR BID TO: nh.purchasing@das.nh.gov BID INVITATION FOR: BOAT, ALUMINUM HULL PATROL [Insert name of signor] _____________________________, on behalf of _____________________________ [insert name of entity submitting bid (collectively referred to as “Vendor”) hereby submits an offer as contained in the written bid submitted herewith (“Bid”) to the State of New Hampshire in response to BID #107 -20 at the price(s) quoted herein in complete accordance with the bid. Vendor attests to the fact that: 1.
The Vendor has reviewed and agreed to be bound by the Bid. 2. The Vendor has not altered any of the language or other provisions contained in the Bid document. 3. The Bid is effective for a period of 180 days from the Bid Closing date as indicated above. 4. The prices Vendor has quoted in the Bid were established without collusion with other vendors. 5. The Vendor has read and fully understands this Bid. 6. Further, in accordance with RSA 21-I:11-c, the undersigned Vendor certifies that neither the Vendor nor any of its subsidiaries, affiliates or principal officers (principal officers refers to individuals with management responsibility for the entity or association): a. Has, within the past 2 years, been convicted of, or pleaded guilty to, a violation of RSA 356:2, RSA 356:4, or any state or federal law or county or municipal ordinance prohibiting specified bidding practices, or involving antitrust violations, which has not been annulled; b. Has been prohibited, either permanently or temporarily, from participating in any public works project pursuant to RSA 638:20; c. Has previously provided false, deceptive, or fraudulent information on a vendor code number application form, or any other document submitted to the state of New Hampshire, which information was not corrected as of the time of the filing a bid, proposal, or quotation; d. Is currently debarred from performing work on any project of the federal government or the government of any state; e. Has, within the past 2 years, failed to cure a default on any contract with the federal government or the government of any state; f. Is presently subject to any order of the department of labor, the department of employment security, or any other state department, agency, board, or commission, finding that the applicant is not in compliance with the requirements of the laws or rules that the department, agency, board, or commission is charged with implementing; g. Is presently subject to any sanction or penalty finally issued by the department of labor, the department of employment security, or any other state department, agency, board, or commission, which sanction or penalty has not been fully discharged or fulfilled; h. Is currently serving a sentence or is subject to a continuing or unfulfilled penalty for any crime or violation noted in this section; i. Has failed or neglected to advise the division of any conviction, plea of guilty, or finding relative to any crime or violation noted in this section, or of any debarment, within 30 days of such conviction, plea, finding, or debarment; or j. Has been placed on the debarred parties list described in RSA 21-I:11-c within the past year. This document shall be signed by a person who is authorized to legally obligate the responding vendor. A signature on this document indicates that all State of New Hampshire terms and conditions are accepted by the responding vendor and that any and all other terms and conditions submitted by the responding vendor are null and void, even if such terms and conditions have terminology to the contrary. The responding vendor shall also be subject to State of New Hampshire terms and conditions as stated on the reverse of the purchase order. Authorized Signor’s Signature _______________________________ Authorized Signor’s Title ________________________ NOTARY PUBLIC/JUSTICE OF THE PEACE COUNTY: ___________________________ STATE: ______________ ZIP: _________________ On the _____ day of _______________, 2020, personally appeared before me, the above named ________________________, in his/her capacity as authorized representative of ________________, known to me or satisfactorily proven, and took oath that the foregoing is true and accurate to the best of his/her knowledge and belief. In witness thereof, I hereunto set my hand and official seal. _________________________________________________________ (Notary Public/Justice of the Peace) My commission expires: _________________________________________________________ (Date) Form P31-A Unless specifically amended or deleted by the Division of Procurement and Support Services, the following General Terms and Conditions apply to this Bid and any resulting Purchase Order or Contract. mailto:NH.Purchasing@DAS.NH.Gov 2 GENERAL CONDITIONS AND INSTRUCTIONS: NATURE OF, AND ELIGIBILITY TO RESPOND. This bid invitation is submitted in accordance with Chapter 21-1, and rules promulgated thereunder, and constitutes a firm and binding offer. A bid may not be withdrawn unless permission is obtained from the Bureau of Purchase and Property. Bids may be issued only by the Bureau of Purchase and Property and are not transferable. SAMPLES AND DEMONSTRATIONS. When samples are required they must be submitted free of costs and will not be returned. Items left for demonstration or evaluation purposes shall be delivered and installed free of charge and shall be removed at no cost to the State. Demonstration units shall not be offered to the State as new equipment. BIDS. Bids must be received at the Bureau of Purchase and Property before the date and time specified for the closing. Bids must be submitted on this bid form or exact copies and must be typed or clearly printed in ink. Corrections must be initialed. Bids are to be made less Federal Excise Tax and no charge for handling unless required by law. SPECIFICATIONS. Vendors must submit on items as specified. Proposed changes must be submitted in writing and received at the Bureau of Purchase and Property at least five (5) business days prior to the bid closing. Vendors shall be notified in writing if any changes to the specifications are made. AWARD. The award will be made to the responsible Vendor submitting a conforming bid meeting specifications at the lowest cost unless other criteria are noted in the bid. Unless otherwise noted, the award may be made by individual items. If there is a discrepancy between the unit price and the extension, the unit price will prevail. When identical low bids are received the award will be made in accordance with the Administrative Rules. Discounts will not be considered in making award but may be offered on the Invoice for earlier payment and will be applicable on the date of completion of delivery or receipt of Invoice, whichever is later. On orders specifying split deliveries, discounts will apply on the basis of each delivery or receipt of Invoice, whichever is later. PATENT INFRINGEMENT. Any responding vendor who has reason to believe that any other responding vendor will violate a patent should such responding vendor be awarded the contract shall set forth in writing, prior to the date and time of closing, the grounds for his belief and a detailed description of the patent. ASSIGNMENT PROVISION. The responding vendor hereby agrees to assign all causes of action that it may acquire under the antitrust laws of New Hampshire and the United States as the result of conspiracies, combinations, or contracts in restraint of trade which materially affect the price of goods or services obtained by the state under this contract if so requested by the State of New Hampshire. FEDERAL FUNDS. This Division of Plant and Property Management, under RSA 21-1:14, VIII shall assure the continuation or granting of federal funds or other assistance not otherwise provided for by law by following the Federal Procurement Standards. STATE’S OPTIONS: The Bureau of Purchase and Property reserves the right to reject or accept all or any part of any bid, to determine what constitutes a conforming bid, to award the bid solely as it deems to be in the best interest of the State, and to waive irregularities that it considers not material to the bid. PUBLIC INFORMATION: The responding vendor hereby acknowledges that all information relating to this bid and any resulting order (Including but not limited to fees, contracts, agreements and prices) are subject to these laws of the State of New Hampshire regarding public information. PERSONAL LIABILITY: The responding vendor agrees that in the preparation of this bid or the execution of any resulting contract or order, representatives of the State of New Hampshire shall incur no liability of any kind. PROOF OF COMPLIANCE. The responding vendor may be required to supply proof of compliance with proposal specifications. When requested, the responding vendor must immediately supply the Bureau of Purchase and Property with certified test results or certificates of compliance. Where none are available, the State may require independent laboratory testing. All costs for such testing certified test results or certificate of compliance shall be the responsibility of the responding vendor. FORM OF CONTRACT. The terms and conditions set forth in any additional Terms and Conditions by the Bureau of Purchase and Property are part of the bid and will apply to any contract awarded the responding vendor unless specific exceptions are taken and accepted and will prevail over any contrary provisions in Terms and Conditions submitted by the responding vendor. 3 CONTRACT TERMS AND CONDITIONS 1. The State of New Hampshire, acting through the Division of Procurement and Support Services, engages the firm or individual ("the Vendor") to perform the services and/or sale of goods, described in the attached State documents, if any, and the Vendor’s bid or quotation, both of which are incorporated herein by reference. 2. COMPLIANCE BY VENDOR WITH LAWS AND REGULATIONS. In connection with the performance of this agreement, the Vendor shall comply with all statutes, laws, regulations, and orders of federal, state, county or municipal authorities which shall impose any obligation or duty upon the Vendor, including, but not limited to civil rights and equal opportunity laws. 3. TERM. The contract, and all obligations of the parties thereunder, shall become effective on a specified date and shall be completed in their entirety prior to a specified date. Any work undertaken by the Vendor prior to the effective date shall be at his sole risk and, in the event that the contract shall not become effective, the State shall be under no obligation to reimburse the Vendor for any such work. 4. CONTRACT PRICE. The contract price, a payment schedule and a maximum limitation of price shall be as specified by the bid invitation and the Vendor’s bid. All payments shall be conditioned upon receipt, and approval by the State, of appropriate vouchers and upon satisfactory performance by the Vendor, as determined by the State. The payment by the State of the Contract Price shall constitute complete reimbursement to the Vendor for all expenses of any nature incurred by the Vendor in the performance by the Vendor and complete payment for the Services. The State shall have no other liability to the Vendor. 5. DELIVERY. If the vendor fails to furnish items and/or services in accordance with all requirements, including delivery, the state may re- purchase similar items from any other source without competitive bidding, and the original vendor may be liable to the state for any excess costs. If a vendor is unable to complete delivery by the date specified, he must contact the using agency. However, the agency is not required to accept a delay to the original delivery date. All deliveries are subject to inspection and receiving procedure rules as established by the State of New Hampshire. Deliveries are not considered accepted until compliance with these rules has been established. State personnel signatures on shipping documents shall signify only the receipt of shipments. All deliveries shall be FOB Destination. 6. INVOICING. All invoices must list Order Number, Unit and Extension Prices and discounts allowed. A separate invoice shall be submitted for each order. Unless otherwise noted on the invitation to bid or purchase order, payment will not be due until thirty (30) days after all services have been completed, or all items have been delivered, inspected and accepted or the invoice has been received at the agency business office, whichever is later. 7. PERSONNEL. 7.1. The Vendor shall disclose in writing the names of all owners (5% or more), directors, officers, employees, agents or subcontractors who are also officials or employees of the State of New Hampshire. Any change in this information shall be reported in writing within fifteen (15) days of their occurrence. 7.2. The person signing this agreement on behalf of the State, or his or her delegee ("Contracting Officer") shall be the State’s representative for purposes of this agreement. In the event of any dispute concerning the interpretation of this agreement, the Contracting Officer’s decision shall be final. 8. EVENT OF DEFAULT; REMEDIES. 8.1. Any one or more of the following acts or omissions of the Vendor shall constitute an event of default hereunder ("Events of Default"): 8.1.1. failure to deliver the goods or services satisfactorily or on schedule; or 8.1.2. failure to submit any report required hereunder; or 8.1.3. failure to perform any of the other covenants and conditions of this agreement. 8.2. Upon the occurrence of any Event of Default, the State may take any one, or more, or all, of the following actions: 8.2.1. give the Vendor a written notice specifying the Event of Default and requiring it to be remedied within, in the absence of a greater or lesser specification of time, thirty (30) days from the date of the notice; and if the Event of Default is not timely remedied, terminate this agreement, effective two (2) days after giving the Vendor notice of termination; and 8.2.2. give the Vendor a written notice specifying the Event of Default and suspending all payments to be made under this agreement and ordering that the portion of the Contract Price, which would otherwise accrue to the Vendor during the period from the date of such notice until such time as the State determines that the Vendor has cured the Event of Default, shall never be paid to the Vendor; and 8.2.3. set off against any other obligation the State may owe to the Vendor any damages the State suffers by reason of any Event of Default; and 8.2.4. treat the agreement as breached and pursue any of its remedies at law or in equity, or both. 4 9. WAIVER OF BREACH. No failure by the State to enforce any provisions hereof after any Event of Default shall be deemed a waiver of its rights with regard to that Event, or any subsequent Event. No express failure of any Event of Default shall be deemed a waiver of any provision hereof. No such failure or waiver shall be deemed a waiver of the right of the State to enforce each and all of the provisions hereof upon any further or other default on the part of the Vendor. 10. VENDOR’S RELATION TO THE STATE. In the performance of this agreement the Vendor is in all respects an independent contractor, and is neither an agent nor an employee of the State. Neither the Vendor nor any of its officers, employees, agents or members shall have authority to bind the State nor are they entitled to any of the benefits, workmen’s compensation or emoluments provided by the State to its employees. 11. ASSIGNMENT AND SUBCONTRACTS. The Vendor shall not assign, or otherwise transfer any interest in this agreement without the prior written consent of the State. No work required by this contract shall be subcontracted without the prior written consent of the State. 12. INDEMNIFICATION. The contractor shall defend, indemnify and hold harmless the State, its officers and employees, from and against any and all losses suffered by the State, its officers and employees, and any and all claims, liabilities or penalties asserted against the State, its officers and employees, by or on behalf of any person, on account of, based on, resulting from, arising out of (or which may be claimed to arise out of) the acts or omissions of the Vendor. Notwithstanding the foregoing, nothing herein contained shall be deemed to constitute a waiver of the sovereign immunity of the State, which immunity is hereby reserved to the State. This covenant shall survive the termination of this agreement. 12.1 PATENT PROTECTION. The seller agrees to indemnify and defend the State of New Hampshire from all claims and losses resulting from alleged and actual patent infringements and further agrees to hold the State of New Hampshire harmless from any liability arising under RSA 382-A:2-312(3). (Uniform Commercial Code). 13. TOXIC SUBSTANCES. In compliance with RSA 277-A Toxic Substances in the Workplace known as the Workers Right to Know Act, the vendor shall provide Safety Data Sheets (277-A:4 Safety Data Sheets) for all products covered by said law. 14. NOTICE. Any notice by a party hereto to the other party shall be deemed to have been duly delivered or given at the time of mailing by certified mail, postage prepaid, in a United States Post Office addressed to the parties at the addresses given below. 15. AMENDMENT. This agreement may be amended, waived or discharged only by an instrument in writing signed by the parties hereto. 16. CONSTRUCTION OF AGREEMENT AND TERMS. This agreement shall be construed in accordance with the laws of the State of New Hampshire, and is binding upon and inures to the benefit of the parties and their respective successors and assigns. 17. ADDITIONAL PROVISIONS. The additional provisions (if any) have been set forth as Exhibit "A" hereto. 18. ENTIRE AGREEMENT. This agreement, which may be executed in a number of counterparts, each of which shall be deemed an original, constitutes the entire agreement and understanding between the parties, and supersedes all prior agreements and understandings relating hereto. 5 BID INVITATION FOR: BOAT, ALUMINUM HULL PATROL PURPOSE: The purpose of this bid invitation is to establish a contract in the form of a purchase order, for supplying the State of New Hampshire with the item(s) indicated in the “Offer” section of this bid invitation, in accordance with the requirements of this bid invitation and any resulting order. This shall be a one-time order with delivery required to the location indicated in the F.O.B. section of this bid invitation. INSTRUCTIONS TO VENDOR: Read the entire bid invitation prior to filling it out. Complete the pricing information in the “Offer” section (detailed information on how to fill out the pricing information can be found in the “Offer” section); complete the “Vendor Contact Information” section; and finally, fill out, sign, and notarize page 1 of the bid invitation. BID SUBMITTAL: All bids shall be submitted on this form or an exact copy shall be typed or clearly printed in ink and shall be received on or before the date and time specified on page 1 of this bid under “Bid closing”. Interested parties may submit a bid to the State of New Hampshire Bureau of Purchase and Property by email to NH.Purchasing@DAS.NH.Gov. All bids shall be clearly marked with bid number, date due and purchasing agent’s name. IF YOU ARE EXPERIENCING DIFFICULTIES EMAILING YOUR BID OR YOU WISH TO VERIFY THAT YOUR BID RESPONSE HAS BEEN RECEIVED, PLEASE CALL (603) 271-2201. BID INQUIRIES: Any questions, clarifications, and/or requested changes shall be submitted by an individual authorized to commit their organization to the Terms and Conditions of this bid and shall be received in writing at the Bureau of Purchase and Property no later than 4:00 PM on the date listed in the timeline below. Questions shall not be submitted to anyone other than the Purchasing Agent or his/her representative. Bidders that submit questions verbally or in writing to any other State entity or State personnel shall be found in violation of this part and may be found non-compliant. Questions shall be submitted by E-mail to Alan Hofmann at the following address: alan.hofmann@das.nh.gov Submissions shall clearly identify the bid Number, the Vendor’s name and address and the name of the person submitting the question. BID DUE DATE: All bid submissions shall be received at the Bureau of Purchase and Property no later than the date and time shown on the transmittal letter of this bid. Submissions received after the date and time specified shall be marked as “Late” and shall not be considered in the evaluation process. All bid submissions shall be treated as firm offers to remain valid for acceptance for a period of one hundred eighty (180) days from the bid due date. The transmittal of a vendor’s response or bid submission to any State agency or office other than the Department of Administrative Services (DAS), Bureau of Purchase and Property may be grounds for disqualification. ADDENDA: In the event it becomes necessary to add to or revise any part of this bid prior to the scheduled submittal date, the NH Bureau of Purchase and Property shall post on our web site any Addenda. Before your submission and periodically prior to the RFB closing, check the site for any addenda or other materials that may have been issued affecting the bid. The web site address is https://das.nh.gov/purchasing/purchasing.aspx TIMELINE: The timeline below is provided as a general guideline and is subject to change. Unless stated otherwise, consider the dates below a “no later than” date. 01/17/2020 Bid Solicitation distributed on or by 01/24/2020 Last day for questions, clarifications, and/or requested changes to bid 01/31/2020 11:00 AM (EST) Bid Closing GOVERNING TERMS AND CONDITIONS: A responding bid that has been completed and signed by your representative shall constitute your company’s acceptance of all State of New Hampshire terms and conditions and shall legally obligate your company to these terms and conditions. mailto:NH.Purchasing@DAS.NH.Gov mailto:alan.hofmann@das.nh.gov https://das.nh.gov/purchasing/purchasing.aspx 6 A signed response further signifies that from the time the bid is published (bid solicitation date and time) until a contract is awarded, no bidder shall offer or give, directly or indirectly, any gift, expense reimbursement, or honorarium, as defined by RSA 15-B, to any elected official, public official, public employee, constitutional official, or family member of any such official or employee who shall select, evaluate, or award the RFB. Furthermore, a signed response signifies that any terms and/or conditions that may be or have been submitted by the Vendor are specifically null and void and are not a part of this bid invitation or any awarded purchase order, even if said terms and/or conditions contain language to the contrary. CHAPTER ADM 600 PROCUREMENT AND PROPERTY RULES APPLY TO AND ARE MADE A PART HEREOF PUBLIC DISCLOSURE OF BID OR PROPOSAL SUBMISSIONS: Generally, the full contents of any bid or proposal (including all materials submitted in connection with it, such as attachments, exhibits, addenda, and vendor presentations) become public information upon completion of final contract or purchase order negotiations with the selected vendor. Certain information concerning bids or proposals, including but not limited to pricing or scoring, is generally available to the public even before this time, in accordance with the provisions of NH RSA 21-G: 37. To the extent consistent with applicable state and federal laws and regulations, as determined by the State, including, but not limited to, NH RSA Chapter 91-A (the “Right-to-Know” Law), the State shall, after final negotiations with the selected vendor are complete, attempt to maintain the confidentiality of portions of a bid or proposal that are clearly and properly marked by a bidder as confidential. Any and all information contained in or connected to a bid or proposal that a bidder considers confidential shall be clearly designated in the following manner: If the bidder considers any portion of a submission confidential, they shall provide a separate copy of the full and complete document, fully redacting those portions by blacking them out and shall note on the applicable page or pages of the document that the redacted portion or portions are “confidential.” Use of any other term or method, such as stating that a document or portion thereof is “proprietary”, “not for public use”, or “for client’s use only”, is not acceptable. In addition to providing an additional fully redacted copy of the bid submission to the person listed as the point of contact on Page one (1) of this document, the identified information considered to be confidential must be accompanied by a separate letter stating the rationale for each item designated as confidential. In other words, the letter must specifically state why and under what legal authority each redaction has been made. Submissions which do not conform to these instructions by failing to include a redacted copy (if required), by failing to include a letter specifying the rationale for each redaction, by failing to designate redactions in the manner required by these instructions, or by including redactions which are contrary to these instructions or operative law may be rejected by the State as not conforming to the requirements of the bid or proposal. The State will generally assume that a bid or proposal submitted without an additional redacted copy contains no information which the bidder deems confidential. Bids and proposals which contain no redactions, as well as redacted versions of submissions that have been accepted by the State, may be released to the public, including by means of posting on State web sites. The State shall have no obligation to maintain the confidentiality of any portion of a bid, proposal or related material, which is not marked in accordance with the foregoing provisions. It is specifically understood and agreed that the bidder waives any claim of confidentiality as to any portion of a response to this RFB or RFP that is not marked as indicated above, and that unmarked (or improperly marked) submissions may be disseminated to any person, without limitation. Marking an entire bid, proposal, attachment or full sections thereof confidential without taking into consideration the public’s right to know shall neither be accepted nor honored by the State. Notwithstanding any provision of this request for submission to the contrary, proposed pricing shall be subject to public disclosure REGARDLESS of whether or not marked as confidential. If a request is made to the State by any person or entity to view or receive copies of any portion of a proposal and if disclosure is not prohibited under NH RSA 21-G:37 or any other applicable law or regulation, bidders acknowledge and agree that the State may disclose any and all portions of the proposal or related materials which is not marked as confidential. In the case of bids, proposals or related materials that contain portions marked confidential, the State shall assess what information it believes is subject to release; notify the bidder that the request has been made; indicate what, if any, portions of the proposal or related material shall not be released; and notify the bidder of the date it plans to release the materials. The State is not obligated to comply 7 with a bidder’s designation regarding confidentiality. The State shall have no obligation to advise a bidder that an individual or entity is attempting to electronically access, or has been referred to, materials which have been made publicly available on the State’s web sites. By submitting a bid or proposal, the bidder agrees that unless it obtains and provides to the State, prior to the date specified in the notice described in the paragraph above, a court order valid and enforceable in the State of New Hampshire, at its sole expense, enjoining the release of the requested information, the State may release the information on the date specified in the notice without any liability to the bidder. Notwithstanding NH RSA 91-A:4, no information shall be available to the public, or to the members of the general court or its staff concerning specific responses to this bid invitation from the time this bid is published until the closing date for responses. VENDOR CERTIFICATIONS: All Vendors shall be duly registered as a vendor authorized to conduct business in the State of New Hampshire. • STATE OF NEW HAMPSHIRE VENDOR APPLICATION: Prior to bid award, Vendors shall have a completed Vendor Application Package on file with the NH Bureau of Purchase and Property. See the following website for information on obtaining and filing the required forms (no fee: https://DAS.NH.Gov/Purchasing VENDOR RESPONSIBILITY: The successful Vendor shall be solely responsible for meeting all terms and conditions specified in the bid, and any resulting contract. All State of New Hampshire bid invitations and addenda to these bid invitations are advertised on our website at: https://das.nh.gov/Purchasing/vendorresources.asp. It is a prospective Vendor’s responsibility to access our website to determine any bid invitation under which they wish to participate. It is also the Vendor(s)’s responsibility to access our website for any posted addendum. The website is updated several times per day; it is the responsibility of the prospective Vendor(s) to access the website frequently to ensure no bidding opportunity or addenda is overlooked. It is the prospective Vendor’s responsibility to forward a signed copy (if the form has a signature block) of any addenda to the Bureau of Purchase and Property with the bid response. In preparation of your bid response, you shall: • Complete the pricing information in the “Offer” section; and o You may include quote separately but the OFFER SECTION MUST be completed for complaint acceptance. • Complete all other required information on your offer (if applicable); and • Complete the “Vendor Contact Information” section; and • Complete the company information on the “Transmittal Letter” page, and sign the bid in the space provided on that page. The Transmittal Letter page shall be notarized to be an official submission. WARRANTY REQUIREMENTS: See warranty requirements in the detailed specifications BID PRICES: Bid prices shall be in US dollars and shall include delivery and all other costs required by this bid invitation. Special charges, surcharges, or fuel charges of any kind (by whatever name) may not be added on at any time. Any and all charges shall be built into your bid price at the time of the bid. Per Administrative Rule 606.01(e) “if there is a discrepancy between the unit price and the extension price in a response to an RFP, RFB or RFQ, the unit price shall be binding upon the vendor”. PAYMENT: Payment method (P-Card or ACH). Payments shall be made via ACH or Procurement Card (P-card = Credit Card) unless otherwise specified by the state of New Hampshire. Use the following link to enroll with the State Treasury for ACH payments: https://www.nh.gov/treasury/state-vendors/index.htm Eligible participants shall negotiate their own payment methods with the successful Vendor. https://das.nh.gov/Purchasing https://www.nh.gov/treasury/state-vendors/index.htm 8 INVOICING: Invoices shall be submitted to the corresponding State agency after completion of work. AWARD: The award shall be made to the Vendor meeting the criteria established in this RFB and providing the lowest cost in total. The State reserves the right to reject any or all bids or any part thereof. If an award is made it shall be, in the form of a State of New Hampshire Purchase Order. Successful Vendor shall not be allowed to require any other type of order, nor shall the successful Vendor be allowed to require the filling out or signing of any other document by State of New Hampshire personnel. BID RESULTS: Bid results may be viewed when available, once the award has been made, on our web site only at: https://das.nh.gov/purchasing. For Vendors wishing to attend the bid closing: Names of the Vendors submitting responses and pricing shall be made public. TERMINATION: The State of New Hampshire shall have the right to terminate the purchase contract at any time by giving the successful Vendor a thirty (30) day written notice. F.O.B.: The F.O.B. shall be destination to the following delivery point (included in the price bid), which means delivered to a state agency's receiving dock or other designated point as specified in this bid or subsequent purchase orders without additional charge: STATE OF NEW HAMPSHIRE DEPARTMENT OF SAFETY MARINE PATROL BUREAU 31 DOCK ROAD GILFORD NH 03249 REQUISITION NO.: 199311 RETURNED GOODS: The successful Vendor shall resolve all order and invoice discrepancies within five business days from notification. Products returned due to quality issues, duplicate shipments, over-shipments, etc. shall be picked up by the successful Vendor within ten business days of notification with no restocking or freight charges, and shall be replaced with specified products or the agency shall be refunded/credited for the full purchase price. Unauthorized substitutions for any products are not allowed. Standard stock products ordered in error by the State of New Hampshire shall be returned for full credit within fifteen business days of receipt. Products shall be in re-saleable condition (original container, unused) and there shall be no restocking fee charged for these products. The using agency shall be responsible for any freight charges to return these items to the successful Vendor SPECIFICATION COMPLIANCE: Vendor's offer shall meet or exceed the required specifications as written. The State of New Hampshire shall be the sole determining factor of what meets or exceeds the required specifications. Unless otherwise specified by the Bureau of Purchase and Property in this bid invitation document, all products and equipment offered by the Vendor shall be new (and of the current model year, if applicable); shall not be used, rebuilt, refurbished; shall not have been used as demonstration products and equipment, and shall not have been placed anywhere for evaluation purposes. The manufacturer(s) and/or model(s) indicated in this bid are equivalent to the type and quality required. You may bid different make(s) and model(s); however, your offer must match or exceed the one(s) indicated and you must demonstrate to the satisfaction of the purchasing Agency that they meet or exceed the minimum standards. Items that don’t meet the minimum standards will not be accepted. Product literature and specifications may be enclosed. https://das.nh.gov/purchasing 9 OFFER: Successful Vendor hereby offers to sell the required items to the State of New Hampshire at the following price: QTY UNIT DESCRIPTION DELIVERED PRICE 1 EACH NEW, ALUMINUM HULL PATROL BOAT AS PER THE FOLLOWING DEPARTMENT OF SAFETY MINIMUM SPECIFICATIONS $ AMBAR MARINE AM800 Is representative of the type and product required; the manufacturer and product number of your offer for this item is: If quoting other than indicative model, complete, detailed specifications must be submitted. DELIVERY TIME: Successful Vendor agrees to complete delivery of items within 210 DAYS after receipt of Purchase Order or sooner. Prices offered shall include all products and delivery costs. OPTION: TRADE IN: IT IS THE INTENT OF THE DEPARTMENT OF SAFETY TO EXERCISE THE OPTION OF TRADING IN THE FOLLOWING: 2000 ALSAFE 700 MODEL AM70049E00 TRADE IN $ LENGTH OVER ALL: 21’8” BEAM OVERALL: 9’4” DRAFT: 1’5” $ SPEED: APPROX. 45 KNOTS DRY WEIGHT: 4,200 POUNDS CAPACITY: 10 PERSONS DECK SPACE: 98 SQ FT ENGINES: S-42733 MERCURY OPTIMAX 200HP S-49239 MERCURY OPTIMAX 200 HP CONDITION: FAIR CONDITION NO TRAILER THE SUCCESSFUL BIDDER WILL PICK THE BOAT UP IN GILFORD NH AGENCY CONTACT: JOHN HOWARD AT 603-293-0557 PLEASE NOTE THE ATTACHED PICTURES VENDOR CONTACT INFORMATION: The following information is for this office to be able to contact a person knowledgeable of your bid response, and who can answer questions regarding it: Company Name Company Address Contact Person Telephone Number Toll Free Telephone Number Facsimile Number E-mail Address Company Website 10 SPECIFICATIONS FOR PATROL BOAT The State of New Hampshire, Department of Safety, Division of State Police, Marine Patrol, from here on referred to as NHMP, is seeking qualified builders to produce one all-welded aluminum patrol boat meeting or exceeding specifications contained herein. To ensure that the NHMP receives a boat design that has been proven in service, successful bidders must not only meet the following specifications, but must be prepared to demonstrate a boat having identical characteristics to the specifications contained herein. The NHMP intends to use this boat for law enforcement patrols in both fresh and coastal waters and tributaries. The boat will be in operation year round, and therefore must be built to withstand the rigors of winter service, and be capable of operating in icing conditions, within areas of chemical or oil spills, and in shallow waters where boats may be grounded. Because the boat will conduct numerous underway boardings, in offshore waters, the boat must have a full-length fendering system that meets or exceeds the specifications outlined herein. The winning bidder shall host a project kick off meeting and technical review of the provided specifications and general arrangement drawings, to be held within ten business days of contract award. Within fifteen business days of the kick-off meeting, the vendor shall host a pre- construction design conference to review a model of the vessel and reach an agreement between NHMP and the vendor on the final configuration of the boat. Within ten business days of finalizing the boat configuration, the vendor shall submit a technical analysis report which demonstrates that the boat design meets the specifications contained herein. These specifications are based on the Ambar Marine AM800. The following specifications must be met or exceeded: LOA 30 foot maximum +- 1 foot measured from tip of the collar to the end of the motor mounting bracket Beam Overall 9 feet 4 inches +- 6 inches to outside of collar Draft 23 inches (maximum, with engine up) Speed 35 Knots (minimum) Propulsion Supplied to vendor by NHMP Construction All-Welded Aluminum (No Substitutions) COLLARING SYSTEM To ensure adequate impact protection to the crew onboard, as well as protection to other boats during boarding, the quoted vessel must have a foam collar fender system surrounding the hull. Closed-cell foam collar construction shall be a minimum of two-pound density. The collaring system must be attached by a rope track method to eliminate any thru hull bolts in the gunwale. Collaring system must be capable of being removed one side at a time and should be able to be removed and reinstalled in three hours or less. Continuous thru-bolt or glue bonds between tube and hull are not acceptable. The collar must be durable, having outside rubbing strakes (minimum of two) and gummed rubber cladding covering all glued seams to ensure seam integrity over the life of the tube. The collar and hull design must represent adequate toe room under the gunwales so personnel working over the side have adequate protection. Additionally, the leaning freeboard must beminimum of 15" so that persons standing and facing outboard will be able to contact the inboard gunwales. Round tube systems do not meet the intent of these specifications. QUOTATIONS Each bidder shall present a detailed line item quotation, which must include part numbers and individual prices for each item being offered. Line item quotations must, at a minimum, include pricing for: Base Hull (Listing of Standard Equipment is required) Accessories offered by item cost Engine installation cost 11 Brand names and model numbers must be included in this line item detail. HULL DESIGN The hull quoted must be a Deep "V" design, suitable for operating offshore in rough water conditions at sustained speeds over 30 knots. Deep "V" is defined as a boat having a bottom dead rise of at least 25 degrees at the transom, and a dead rise forward of at least 45 degrees (plus or minus one degree). To ensure that the NHMP will receive a boat of proven capabilities, bidders must supply documentation and photos of a minimum of five identical hulls currently in use. Information must include propulsion type, propeller size and measured-mile performance results. Unsubstantiated technical data on proposed boats is not acceptable. Photos must also depict "Patrol Boats" which have been designed for law enforcement use. The hull also must provide a bow deck, side decks (six-inch minimum) and stern quarterdecks on which a boarding officer can stand. The hull must provide adequate drainage so as to drain any standing water/ rainwater at rest. Hull shall be capable of withstanding at least two officers standing in the stern area without any water intrusion on the deck at rest. Standing or pooling water shall not be acceptable. The boat shall exceed ABYC H-4 requirements for self-bailing decks. HULL CONSTRUCTION The boat must be of all-welded aluminum construction. Fiberglass, wood or steel hulls do not qualify as meeting the specifications of this bid. Bidders must be qualified to construct boats of this type, and must have produced a minimum of 15 boats of the same design meeting ABS rules for HS Naval Craft over the past five years. All hull materials shall be welded aluminum construction, to be performed by AWS certified welders. Bidders shall submit certifications and structure calculations with proposal. The hull, in addition to its Deep "V" design, must incorporate the following performance enhancing features: A. Chines must be at least 2 inches wide. B. There must be at least two lifting strake per side. Each strake must be two inches wide and be visible in drawings or photographs submitted. C. The bottom "V' angles must continuously twist from 20 degrees at the transom to 45 degrees in the bow. Constant dead-rise designs where the bottom angles remain the same for more than 13 feet from the stern are not acceptable. D. Boat shall be anodically protected separate from engine anode protection. The hull and pilothouse structure shall meet the applicable sections of the ABS Guide for Building and Classing High Speed Craft. In addition, the boat must meet the following minimum scantlings and meet ABYC standards: Bottom Plating 1/4" 5086 Transom Plating 1/4" 5086 Bulkheads 3/16" 5086 Decks (Weather) 3/16" 5086 The boat must have at least three watertight bulkheads positioned as follows: A. Collision Bulkhead Forward B. Forward of the Fuel Tank C. Aft of the Fuel Tank Each bulkhead is to be equipped with a stainless steel ball valve for drainage forward or aft. All non-foamed areas shall be equipped with a bilge pump and overboard discharge. There shall be access to pump for maintenance. No foamed areas in hull. Boat must have a threaded screw in type bilge plug, no expansion plugs. FLOTATION, SUBDIVISION AND CONSTRUCTION The cockpit deck must be 100 percent welded to the hull to ensure watertight integrity and be positioned a minimum of two inches above the load water line when the boat is fully fueled and outfitted. Vessel incorporates 12 flotation (Sealed Air Chambers or removable foam blocks) to ensure the vessel remains reasonably level and afloat in a swamped or damaged condition without the use of sprayed or poured in foam. The decks shall be self-bailing. The engine must be capable of being tilted without contact with the sides or forward bulkhead. The vendor must provide the NHMP a boat with the highest standards of safety. PROPULSION The vessel is to be powered with twin Mercury 200 horsepower engines furnished by the NHMP. Engines shall be installed according to manufacturer's installation guide. Any variance from the manufacturer's guide discovered during pre-acceptance inspection shall be cause for rejection of vessel until properly rectified. Bidders must install the engine as well as provide all associated engine rigging equipment to include: Dual Binnacle Controls Mercury Marine Vessel View 703 Engine Display Power Assist Hydraulic Steering System with tilt helm Wiring shall be of marine quality - tinned copper strand type (3). Color coded to meet marine specs with adequate labeling. FUEL SYSTEMS To ensure adequate range, the boat required must be equipped with a minimum of a 150 gallon single fuel tank, which must have transverse internal bulk-heading. Tank must be independent of the hull structure (not integral) and be supported on pads to prevent chafing and corrosion. Tank must sit clear of normal bilge water and have a withdraw tube suitable for 3/8'' A-15 low permeation fuel hose. Tank is not to be foamed in place. The tank must meet all ABYC standards. All hoses must be USCG approved and double stainless steel clamped and meet EPA Regulations for Diurnal Emissions. Fuel tank shall be vented to provide a smooth consistent flow of fuel without backflow. Fuel compartments shall be equipped with a forced draft ventilation system. The tank withdraw is to be stainless steel. Brass is not acceptable. Tank-top fittings must be serviceable through 12- inch minimum watertight Bomar hatch, positioned so that the fuel line, vent line, gauge and withdraw fittings can be repaired or replaced without removing the fuel tank cover. Plastic access plates are not acceptable. Other means of fuel tank access shall be considered prior to bid award if presented in writing, accompanied with drawings and found to be acceptable by NHMP. PILOT HOUSE CONFIGURATION The aluminum grade for the pilot house shall be 5086 marine grade aluminum. The boat is to have a center-mounted pilot house at least 42 inches wide. It shall have an aluminum roof (fabric is not acceptable) with suitable handrails of at least 1-inch diameter, which shall be welded to the top and bottom of the wheelhouse roof to provide adequate handholds to personnel while standing on the deck or gunwale around the entire perimeter of the wheelhouse. Handrails will begin and end at each access point to the wheelhouse providing clear headroom no less than the minimum headroom provided by the wheelhouse top. To provide adequate weather protection the roof must be at least 84 inches long, and stabilized in such a manner so as to provide no movement or vibration, and to adequately support a radar dome, antennas, lights and mast. The roof shall be capable of channeling water runoff forward or aft of each side entrance. It shall be strong enough to support personnel who may have to work on roof-mounted electronics. The pilot house must have clear tempered glass side and front windows. The forward window must have an aluminum frame for stiffness and resistance to leakage. A suitable platform shall be provided for installation of a radar dome. The platform height shall be determined by forward-mounted electronics, including (but not limited to) a light bar and spot-light. All efforts should be made to make the over-all height off the water as low as feasible (Maximum height from waterline with mast folded down to be 7’-6”). Forward mounted spotlight and emergency light as well as forward navigation lights should be mounted on the lower edge of the brow/roof. A movable, fold-down platform for the radar and stern light shall be mounted so a single person can release and lower platform by themselves. This platform should be mounted at the rear edge of the roof. The specifications for this shall be provided by NH Marine Patrol. This will have to be installed so as not to interfere with the required navigational lighting. 13 Navigation lights shall be installed on pilothouse top and mast, in accordance with USCG standards for this class of vessel. A stern-mounted pole light is not acceptable. All navigation lights shall be Perko or Hella LED type. Contact NHMP for desired lighting configuration photographs prior to construction. Suitable low-intensity LED deck courtesy lights shall be installed no more than eight inches above the deck in suitable locations to adequately illuminate the deck for safe night operation. A separate switch shall be installed to control the deck lighting. Suitable cockpit lights with both red and white LED bulbs switched separately, one over driver and one forward shall be installed. A windshield wiper is to be installed, along with a windshield washer system. The wiper motor needs to be mounted to the top of the windshield and have fast, slow and intermittent modes of operation. The dash surface of the pilot house shall have room left for radar, GPS indicators, Radio(s), FLIR screen and siren controls. A half inch lip at the aft edge of the dashboard shall be installed to prevent papers from sliding. There shall be two lifting tabs welded to the inside gunwale at floor level in the furthest most bow area. Two rear lifting tabs shall be welded to the outside transom. Lifting tabs shall be placed so the total weight of the boat can be lifted with two lift points. Placement will be as such so as to not interfere with the cabin roof or any overhead obstructions. Manufacturer shall contact NH Marine Patrol for specific locations before installation. A fifteen foot spread is required between lifting tabs. The successful bidder shall provide certification that the lifting points meet the above requirements with a minimum safety factor of 6:1. The pilothouse design shall conform to the attached drawing (see attachment #1) Detailed design development of pilothouse shall be provided by the bidder accompanied with drawing. Headroom within the pilot house must be 6'-5" minimum. One overhead light (red and white LEDs) is to be installed. Other acceptable designs may include (but are not limited to) integral seating, fuel tank access, or dry storage. SEATING A 42 inch wide (minimum) leaning post is to be installed behind the console, having a pad sufficiently high to sit on, and a fixed and welded aluminum footrest. The leaning post is to have room for lockable dry storage with accessible power for an electronically locking gun rack and a suitable grab rail. A seat box mounted to the front portion of the console shall include a jump seat with waterproof storage below. RAILS A split bow rail is to be configured so boarding officers can stand on the bow deck. Rails are to be a minimum of 28 inches apart (maximum 30 inches). The hull is to be equipped with heavy-duty welded-on side rails and quarter rails, both positioned so as to provide a grab height no less than 28 inches off the cockpit floor. There shall be a 2 inch welded aluminum engine guardrail around the engine, which shall be braced for impact. The engine guardrail shall be removable for engine service and higher than the top of the engine in the highest trim position. Guard shall include two eight-inch extensions that shall be located inside the port and starboard corner of the highest point of the guard. These extensions shall serve to keep the tow line over the engine. A boarding ladder shall be included, as per ABYC standards. PAINT, FINISH and COLOR Bidders must comply with the following minimum standards: A. Painted surfaces must be sandblasted (etching or hand sanding is not considered satisfactory) followed by cleaners, primers and finish coats. B. Hull, pilothouse, decks and exterior exposed surfaces are to be painted following the above preparation system. The hull and house are to be the same color, light gray. All weather decks are to have sprayed-on non-skid surface, dark gray in color. Hand painted or rolled on non-skid surfaces, if applied, must be uniform in consistency, with no visible patched, or thick or thin grit. All interior exposed metal surfaces are to be painted light gray. C. The cabin dash and forward window posts are to be painted dull black. D. The boat's bottom is to be painted black, with a quality non-copper anti-fouling bottom paint of at least two coats. Bidders must specify the brand used. 14 ELECTRONICS, ELECTRICAL and NAVIGATION ITEMS There shall be three 1000 marine cranking AMP batteries, designated as one house battery, with a minimum 50 AMP main breaker and one crank battery. The power distribution panel is to be located on the console, and all circuits shall be labeled and defective fuses shall be able to be replaced without disturbing the power feed. Four empty switches shall be provided for future equipment, sixteen (16) fuse positions minimum. All wiring shall be adequately protected from chaffing associated with rough water operation. Builder shall included complete wiring schematic. There shall be a battery isolator. There shall be two 12V / USB outlets installed at the helm. Three-position battery switches shall be installed in a dry, enclosed area. Four LED work lights, 2 forward and 2 aft switched separately - Whelen Nano 6 Pioneer NP6BB. Two LED Boarding lights, 1 port, 1 starboard, switched separately - Whelen Slimline Series PSL1BB. The location is to be determined by NHMP and bidder. Vendors will be responsible for the installation of certain electronics to be supplied by NHMP. Items to be installed are: • Emergency Lights • Siren • Siren Control Box • VHF Marine and Police radios and antennas • Raymarine Radar All instrumental and convenience lighting which may interfere with operator night vision shall be dimmable by rheostat mounted at the console. The following electronics and equipment shall be purchased and installed by the bidder: A roof-mounted electronic remote searchlight, Golight Stryker LED, with control panel, or equivalent. This should be mounted below the roof. 10-pound ABC USCG-approved fire extinguisher mounted in a suitable, easily accessible location provided by the builder. Dash-mounted depth gauge, visible to the operator, equipped with a dimmer. DECK HARDWARE Six 12-inch cleats, positioned three per side. Cleat position must be shown on drawings. Integral welded aluminum cleats of commercial grade shall be acceptable. A tow-bit shall be installed in the stern area. A built-in tow reel with removable handle shall be installed in the seat box. Towing fittings shall have a rated load with a minimum safety factor of five (5), based on the design load and the ultimate tensile strength of material. The design load shall be established as the greater of the maximum calculated bollard pull of the outboard motors or the towed resistance of the craft in the full load condition. Calculations to be provided with bid. INSPECTION and TRIALS Test and Trials Any defects which may develop during tests in connection with the work covered herein and for which the builder is responsible shall be corrected by the builder without expense to the owner. Data obtained during trials shall be accurately worked up, properly tabulated and delivered to the owner. Boat shall float on an even keel with full fluids. SEA TRIALS On completion of the dock trials and after all work specified herein has been completed, the builder shall conduct a sea trial during which the operation of the vessel shall be thoroughly tested. 15 COMPLETION AND DELIVERY Vessel shall be entirely finished, equipped, outfitted and made ready for service before delivery. On completion of trials, a general survey may be made of the vessel by the owner and any defects which may have developed or any work found to be incomplete or unsatisfactory will be promptly corrected and made good by the Builder before the vessel is delivered. The builder shall include a technical drawing package with the boat at delivery. The drawing package shall include a profile and general arrangement drawing of the craft as built, a scantling plan, schematics with bills of material for the fuel, bilge, steering, and electrical systems, and the outfitting drawings updated to reflect the as-built configuration of the craft. INSPECTION VISITS The builder shall provide and arrange for one (1) visit for two (2) members of the NH Marine Patrol to participate in sea trials. Expenses for visits shall include airfare from Manchester, NH (MHT), transportation to and from airport and builder's location during visit, hotel accommodations, and meals. Notice of approximately two (2) weeks before the visit is required to the NH Marine Patrol. DELIVERY Quotation shall include freight to destination: NH Marine Patrol, 31 Dock Road, Gilford, NH 03249. The vessel is to be delivered no later than 210 days after receipt of purchase order. OPTION NHMP reserves the right to purchase additional boats at the same unit cost as specified in this quotation for a period of 12 months from the date of purchase of the first vessel(s). WARRANTY Bidders must provide a limited one-year parts and labor warranty on the hull and equipment fabricated by the builder. Manufacturer’s warranty shall apply. Bidder must furnish a copy of the specific warranty inclusions and exclusions for the vessel with the bid submission. Electronics will be warranted by their respective manufacturers; however, damage caused by improper installation is the responsibility of the builder. 16 Bid Invitation Saved As: 107-20 Bid Invitation Closing: 01/31/20 @ 11:00 AM NIGP CODE: 120-0000 & 120-2100 Snow Boat Building E-mail: kale@snowboatbuilding.com 5302 26th Ave NW Seattle, WA 98107 (206) 953-7676 Workskiff E-mail: jeff@workskiff.com 500 Metcalf St. – F1 Sedro-Woolley, WA 98284 (360) 707-5622 Viking Welding E-mail: sales@vikingwelding.com 243 Amesbury Road Kensington, NH 03833 (603) 394-7887 Munson Boats E-mail: jesse@munsonboats.com 15806 Preston Place Burlington, WA 98233 (360) 707-2752 Lifetyme boats E-mail: bodie@lifetymeboats.com 14104 US-84 Jonesville, LA 71343 (318) 339-4007 Silver ships E-mail: jpowers@silverships.com 9243 Bellingrath Road Theodore AL 36582 Armstrong Marine E-mail: CordeliaA@armstrongmarine.com 151 Octane Lane Port Angeles, WA 98362 T: (360) 457-5752 F: (360) 457-5753 Hike Metal Products Ltd. E-MAIL: andy@hikemetal.com Box 698 ; 324 Milo Rd. Wheatley, Ontario N0P2P0 Canada tel: 519 825 4691 fax: 519 825 7572 Andy Stanton Barbara D. Thompson E-MAIL: barbthompson@oquawkaboats.com Oquawka Boats & Fabrications 1312 East State Highway 164 Oquawka, IL 61469 309.867.2213 Wakefield Corner Boat Shop E-mail:: Peter.G.Brown2734@gmail.com mailto:kale@snowboatbuilding.com mailto:jeff@workskiff.com mailto:sales@vikingwelding.com mailto:jesse@munsonboats.com mailto:bodie@lifetymeboats.com mailto:jpowers@silverships.com mailto:CordeliaA@armstrongmarine.com mailto:andy@hikemetal.com http://ca.maps.yahoo.com/py/maps.py?Pyt=Tmap&addr=Box+698++324+Milo+Rd.&csz=Wheatley%2C+Ontario+N0P2P0&country=ca http://ca.maps.yahoo.com/py/maps.py?Pyt=Tmap&addr=Box+698++324+Milo+Rd.&csz=Wheatley%2C+Ontario+N0P2P0&country=ca http://ca.maps.yahoo.com/py/maps.py?Pyt=Tmap&addr=Box+698++324+Milo+Rd.&csz=Wheatley%2C+Ontario+N0P2P0&country=ca mailto:barbthompson@oquawkaboats.com mailto:Peter.G.Brown2734@gmail.com 17 Aluma Marine, LLC E-mail: E: malcomar@optonline.net Sales & Marketing Office P.O. Box 565 Yaphank, NY 11980 T: (631) 924-2800 F: (631) 924-5700 C: (631) 553-0603/0604 www.alumamarine.com mailto:malcomar@optonline.net http://www.alumamarine.com/ BID INVITATION FOR: BOAT, ALUMINUM HULL PATROL GENERAL CONDITIONS AND INSTRUCTIONS: BID INQUIRIES: BID DUE DATE:

Department of Administrative Services,25 Capitol Street,Concord,NH 03301Location

Address: Department of Administrative Services,25 Capitol Street,Concord,NH 03301

Country : United StatesState : New Hampshire

You may also like

New Rigid Hull Inflatable Boat with Motor and Trailer

Due: 30 May, 2024 (in 29 days)Agency: muniSERV

26 X 8 ALUMINUM HULL BOAT

Due: 06 Sep, 2024 (in 4 months)Agency: US GEOLOGICAL SURVEY

Boat Package for LDWF

Due: 09 May, 2024 (in 8 days)Agency: State of Louisiana

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.